INVITATION FOR BID NO T-SHIRTS FOR THE FY19 COMMUTER CONNECTIONS BIKE TO WORK DAY EVENT
|
|
- Gyles Preston
- 5 years ago
- Views:
Transcription
1 INVITATION FOR BID NO T-SHIRTS FOR THE FY19 COMMUTER CONNECTIONS BIKE TO WORK DAY EVENT Offerors shall submit one (1) electronic copy of their bid to: & c/o Alieu Turay Contracts and Purchasing Specialist II Metropolitan Washington Council of Governments, 777 North Capitol Street, NE, Suite 300 Washington, DC Submission Deadline: December 7, 2018 Time: 2:00 PM EST
2 INVITATION FOR IFB Metropolitan Washington Council of Governments I. Introduction A. This Invitation for Bid (IFB) is being offered to submit your quotation for the Commuter Connections/ Metropolitan Washington Council of Governments ( COG ) T-shirts for the FY19 Bike to Work Day Event. For nearly two decades Bike to Work Day has been held in the Washington, DC metropolitan region as a free event. In 2019, the event will be held on Friday, May 17. Bike to Work Day celebrates bicycling as a clean, fun, and healthy way to get to work. More than 100 pit stops in Washington DC, Maryland, and Virginia will welcome bicyclists with free T-shirts, available to the first 20,000 who register and attend. Bike to Work Day is organized at the regional level by Commuter Connections and the Washington Area Bicyclist Association. Commuter Connections is a program of the National Capital Region Transportation Planning Board at the Metropolitan Washington Council of Governments. Event planning occurs through the Bike to Work Day Steering Committee which aims to increase awareness and participation in bicycling as a method of transportation to work in lieu of driving alone. At the local pit stop level, Bike to Work Day is hosted by a variety of organizations including local municipalities, city and county governments, non-profit entities, privatesector companies, federal government agencies, U.S. military, Business Improvement Districts, and even private citizen volunteers. COG/TPB s Commuter Connections program is seeking a vendor to provide a cost quote for 20,250 t-shirts for the 2019 Bike to Work Day event for the Washington DC metropolitan region. B. COG will identify the responsible and responsive low bidder(s). C. Offerors who wish to submit a bid are requested to submit bids via to Alieu Turay at purchasing@mwcog.org and aturay@mwcog.org no later than 2:00 PM EST on Friday, December 7, Please label your message as Commuter Connections Bike to Work Day Event. It shall remain the bidder s responsibility to ensure that the bid will reach the address above on or before the deadline. Bids that are received by COG after the deadline indicated above for whatever reason, shall not be considered for evaluation unless it is the only bid received. II. BID INSTRUCTIONS The successful bidder(s) shall meet the following criteria: 2
3 A. Bidder must include the documentation as specified or may be determined to be non-responsive and could be rejected pursuant to COG s Procurement Policy. 1. Bid Form (See Section V) including acknowledging any and all addenda. 2. Attachment B References bidder must supply at least three (3) references of work of a similar nature and volume of business to demonstrate capacity and competency. 3. Attach any exceptions with the Bid Form. B. All bids must be signed by responsible company officials and delivered via no later than the time and date indicated herein to purchasing@mwcog.org and aturay@mwcog.org. C. Awards will be made to the lowest responsive and responsible bidder. D. Clarifications via Addenda 1. Questions regarding discrepancies, omissions, specifications, bid instructions, or the bid form may be directed in writing only at least five (5) business days before the bid opening to Alieu Turay at purchasing@mwcog.org and aturay@cog.org. 2. Exceptions taken do not obligate COG to change the specifications. If no changes are needed, then no addendum will be issued. 3. COG will post any addendum at least three (3) business days before the bid opening with any updated interpretations, specifications, or instructions. 4. It is the responsibility of the bidder to check and see if addenda have been issued on the COG Website at 5. Bid responses should indicate that bidders have reviewed the latest addenda on the bid form. E. COG award the purchase to the lowest, responsible and responsive bidder. F. No purchase is to be processed without a COG issued Purchase Order. G. Bidders must acknowledge their understanding of the all terms listed in this IFB by signing the Bid Form (Section V) H. COG, as Awarding Authority, reserves the right to cancel this IFB, or reject in whole or in part any all bids, if COG determines that cancellation or rejection serves the best interests of the organization. I. COG will award or reject in whole all bids within 30 days of the bid opening, unless COG extends said period in its sole discretion. III. GENERAL CONDITIONS 3
4 A. PURCHASE AND DELIVERY TERMS 1. All orders shall be complete, labeled and packaged adequately to ensure safe handling and proper delivery. 2. The bidder shall assign a salesperson/customer service representative to address product quality and delivery issues. 4
5 IV. SPECIFICATIONS T-shirts (Medium Weight) Quantity: 20,250 Material: 50/50 cotton poly Sizes/Cut: Men s small to XXL Color: Robin s egg blue Imprint: one-color front and back Art charges: please indicate any charges to create design/logos Indicate delivery/shipping charges: a) 19,975 to Fairfax, VA b) 25 to Washington, DC c) 250 to Arlington, VA Please indicate the time needed to deliver the shirts on the bid form 5
6 V. BID FORM TO: Metropolitan Washington Council of Governments, 777 North Capitol Street, NE, Suite 300 Washington, DC Date BID Commuter Connections Direct Bike to Work Day Event Quantity Item Description Unit Price Total 20,250 T-shirts 50/50 Poly Cotton 2 Design One color designs Front Event Logo Back Sponsor Logo 1 Shipping Charge for Delivery TOTAL Please indicate if there is any additional charge for XXL Please indicate the time needed to deliver the shirts Please acknowledge any Addenda (if applicable) Addendum #1 YES NO N/A Addendum #2 YES NO N/A I have read, understood, and agreed to the terms and conditions of all contents of this Bid. The undersigned agrees to furnish the commodity or service stipulated in this Bid as stated above. NAME: COMPANY: ADDRESS: TELEPHONE: SIGNATURE: 6
7 Attachment A Terms and Conditions This document sets out provisions generally applicable to Metropolitan Washington Council of Governments ( COG ) contracts. The provisions herein do not constitute a complete agreement, and must be appended to a document, executed by all parties, which identifies the specific work to be performed, compensation, term, incorporated attachments, and special conditions, if any. This document and the Contract are intended to be complementary and shall be construed accordingly. However, should there be a direct contradiction between the terms and conditions contained herein and the Contract, then the Contract shall govern and control those contradictory terms and conditions. As used herein, the term "COG" includes COG, its various members, agencies, employees or agents as may be appropriate. The term Contract shall include a document entitled agreement or any other title on a document that is denoting a contract. Amendment. This Contract constitutes the entire agreement between the parties and all other communications prior to its execution, whether written or oral, with reference to the subject matter of this Contract are superseded by this Contract. No amendment to this Contract shall be binding unless in writing and signed by the parties. Bankruptcy. Upon filing for any bankruptcy proceeding by or against the Contractor, whether voluntary or involuntary, or upon the appointment of a receiver, trustee, or assignee for the benefit of creditors, the Contractor must notify COG immediately. Upon learning of the actions herein identified, COG reserves the right at its sole discretion either to cancel the Contract or to affirm the Contract and hold the Contractor responsible for damages. The exercise of this right is in addition to any other rights COG may have as provided in this agreement or by law. Compliance with Law. The Contractor hereby represents and warrants that: A. It has the power and authority to enter into and perform the Contract, that the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor, enforceable in accordance with its terms; B. Its performance under the Contract shall be in a good and workmanlike manner and in accordance with all applicable professional standards; C. It is qualified to do business in the jurisdictions covered by the Contract and that it will take such action as, from time to time hereafter, may be necessary to remain so qualified; D. It is not in arrears in the payment of any obligations due and owing to any agency involved in this agreement, including but not limited to the payment of taxes and employee benefits, and that it shall not become so in arrears during the term of this Contract; E. It shall comply with all federal, state and local laws, regulations, and ordinances applicable to its activities and obligations under this Contract; and F. It shall obtain, at its expense, all licenses, permits, insurance and governmental approvals, if any, necessary to the performance of its obligations under this Contract. Contingent Fee Prohibition. The Contractor, architect or engineer (as applicable) warrants that it has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee or agent working for the Contractor, architect or engineer, to solicit or secure this Contract, and that it has not paid or agreed to pay any person, partnership, corporation or other entity, other than a bona fide employee or agent, any commission, percentage, brokerage or contingent fee or other consideration contingent on the making of this Contract. Counterparts. This Contract may be executed in several counterparts, each of which shall be an original, all of which shall constitute one and the same instrument. Force Majeure. Neither COG and/or its members nor Contractor shall be held responsible for delay or default caused by fire, riot, acts of God, declaration of emergency, or war where such cause was beyond, respectively, COG s and/or its members or Contractor s reasonable control. COG and/or its members and Contractor shall make all reasonable efforts to remove or eliminate such a cause of delay or default and 7
8 shall, upon the cessation of the cause, diligently pursue performance of its obligations under this Contract. Governing Law. This Contract shall be governed by and construed in accordance with the laws of the District of Columbia without regard to principles of conflicts of law. Indemnification. The Contractor shall protect, hold free and harmless, defend and indemnify COG and its members including their officers, agents and employees from all liability, penalties, costs, losses, damages, expenses, causes of action, claims or judgments (including attorney s fees) resulting from injury to, or death of, any person or damage to property of any kind, which injury, death or damage arises out of, or is in any way connected with the performance of the work or failure to perform its obligations under this Contract. This obligation of indemnification shall apply to any acts or omissions, negligent conduct, whether active or passive, including acts or omissions of Contractor s agents or employees; except that it shall not be applicable to injury, death or damage to the property arising from the sole negligence of COG and/or members, their officers, agents and employees. Independent Contractor. A. Contractor shall perform the work required by this Contract as an Independent Contractor. Although COG and/or members reserves the right to determine the delivery schedule for the work to be performed and to evaluate the quality of the completed performance, COG and/or members cannot and will not control the means or manner of the Contractor s performance. The Contractor shall comply promptly with any requests by COG and/or members relating to the emphasis or relative emphasis to be placed on various aspects of the work or to such other matters pertaining to the work under this Contract. Contractor is responsible for determining the appropriate means and manner of performing the work. B. Contractor represents and warrants that Contractor is not an employee of COG and/or members, is not currently employed by the Federal Government, and is not an officer, employee or agent of COG and/or members. C. Contractor shall be responsible for all federal or state taxes applicable to any compensation or payments paid to Contractor under this Contract. Contractor is not eligible for any federal Social Security, unemployment insurance, or workers compensation benefits from compensation or payments paid to Contractor under this Contract. D. Contractor agrees to immediately provide COG and/or members notice of any claim made against Contractor by any third party. Contractor also agrees not to assign to any third party, without COG s written consent, any obligation of COG to indemnify Contractor for any actions under this Contract. Insurance Requirements. A. Contractor shall obtain, and at all times keep in effect, Commercial General Liability Insurance in the amounts listed below for its activities and operations. The insurance shall include coverage for personal injury, discrimination and civil rights violation claims. All such insurance shall name COG, individual members, their employees, and agents as ADDITIONAL INSURED. A copy of the certificate of insurance shall be filed with COG and/or members prior to the time any services are rendered. Contractor shall maintain coverage in the amount of $1,000,000 per occurrence and $2,000,000 general aggregate and $500,000 for property damage. Coverage shall be written on an occurrence form. B. Contractor shall obtain, and at all times keep in effect, automobile insurance on all vehicles used in this Contract with COG and/or members to protect Contractor against claims for damages resulting from bodily injury, including wrongful death, and property damage that may arise from the operations of any owned or hired automobiles used by Contractor in connection with the carrying out of this Contract. All such insurance shall name COG and/or individual members, their employees, and agents as ADDITIONAL INSURED. C. Contractor shall, upon request, provide COG and/or members with certification of Workers Compensation Insurance, with employer s liability in the minimum amount required the governing jurisdiction s law in effect for each year of this Contract. 10
9 D. All insurance policies shall have a minimum 30 days notice of cancellation. Immediate written notice to COG and members involved in the contract shall be required in the event of cancellation or restriction by the insurance company of any insurance policy referred to in this section. E. When insurance coverage is renewed, Contractor shall provide new certificates of insurance prior to expiration of current policies to all contracting agencies. Nondiscrimination. A contractor who is the recipient of COG and/or member funds, or who proposes to perform any work or furnish any goods under this Contract shall not discriminate against any worker, employee or applicant because of religion, race, sex, age, sexual orientation, physical or mental disability, or perceived disability. Contractor further agrees that this provision will be incorporated in all subcontracts entered into in connection with this Contract. Ownership of Documents and Materials. A. The Contractor agrees that all documents and materials, including but not limited to, reports, drawings, studies, specifications, estimates, maps, photographs, designs, graphics, mechanicals, artwork, and computations prepared by or for the Contractor under the terms of this Contract shall at any time during the performance of the services be made available to COG and/or members upon request and shall become and remain the exclusive property of COG and/or members upon termination or completion of the services. These jurisdictions shall have the right to use the same without restriction or limitation and without compensation to the Contractor other than that provided in this Contract. COG and/or members shall be the owner for the purposes of copyright, patent or trademark registration. B. If the Contractor obtains or uses for purposes of this Contract, or subcontracts for, any design, device, material, or process covered by letters of patent for copyright, it shall provide an assignment to COG and/or members of ownership for purposes of copyright, patent or trademark and of all right to possess and to use such design, device, material or process and a legally sufficient agreement with the patentee or owner, and a copy of such agreement shall be filed with COG and/or members. C. The Contractor shall indemnify and save harmless COG and/or members from any and all claims for infringement by reason of the use of any such patented design, device, materials, or process, or any trademark or copyright, and shall indemnify, protect and save harmless COG and/or members, their officers, agents, and employees with respect to any claim. Action, costs or infringement, for royalties or user fees, arising out of purchase or use of materials, construction, supplies, equipment or services covered by this Contract. Payments. Payments to the Contractor pursuant to this Contract shall be made no later than 30 days after COG's and/or members receipt of a proper invoice from the Contractor. Records. Contractor shall maintain all fiscal records relating to this Contract in accordance with generally accepted accounting principles. In addition, Contractor shall maintain any other records pertinent to this Contract in such a manner as to clearly document Contractor s performance hereunder. Contractor acknowledges and agrees that the COG and/or members and their duly authorized representatives shall have access to such fiscal records and all other books, documents, papers, plans, and writings of the Contractor that are pertinent to this Contract. All such fiscal records, books, documents, papers, plans, and writing shall be retained by Contractor and kept accessible for a minimum of three (3) years, except as required longer by law, following final payment and termination of this Contract, or until the conclusion of any audit, controversy, or litigation arising out of or related to this Contract, whichever date is later. All subcontracts shall also comply with these provisions. Remedies. A. Corrections of errors, defect and omissions. Contractor agrees to perform the work as may be necessary to correct errors, defects, and omissions in the services required under this Contract, without undue delays and without cost to COG and/or members. The acceptance of the work set forth herein by COG and/or members shall not relieve the Contractor of the responsibility of subsequent corrections of such errors. B. Set Off. COG and/or members may deduct from and set-off against any amounts due and 11
10 payable to the Contractor any back-charges, penalties, or damages sustained by COG and/or members, their agents, employees of recipients of its services, by virtue of any breach of this Contract by the Contractor or by virtue of the failure or refusal of the Contractor to perform the services or any part of the services in a satisfactory manner. Nothing herein shall be construed to relieve the Contractor of liability for additional costs resulting from a failure to satisfactorily perform the services. C. Cumulative. All rights and remedies of COG/ members and Contractor shall be cumulative and may be exercised successively or concurrently. The foregoing is without limitation to or waiver of any other rights or remedies of the COG and/or members by law. Responsibility of Contractor. A. The Contractor shall perform the services with the standard of care, skill, and diligence normally provided by a Contractor in the performance of services similar the services hereunder. B. Notwithstanding any review, approval, acceptance or payment for the services by COG, the Contractor shall be responsible for the professional and technical accuracy of its work, design, drawings, specifications and other materials furnished by the Contractor under this Contract. C. If the Contractor fails to perform the services, or any part of the services, in conformance with the standard set forth in subparagraph A above, it shall, if required by COG and/or members, perform at its own expense and without additional cost to COG and/or members, those services necessary for the correction of any deficiencies or damages resulting, in whole or in part, from the Contractor's failure. This obligation is in addition to and not in substitution for any other remedy available to COG and/or members under the Remedies paragraph, or otherwise available by law. Severability/Waiver. COG and/or members and Contractor agree that, if any term or provision of this Contract is declared by a court of competent jurisdiction to be illegal or in conflict with any law, the validity of the remaining terms and provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the Contract did not contain the particular term or provision held to be invalid. The failure of either party to enforce any provision of this Contract shall not constitute a waiver by that party of that or any other provision of this Contract. Subcontracting or Assignment. The benefits and obligations hereunder shall inure to and be binding upon the parties hereto and neither this Contract nor the services to be performed hereunder shall be subcontracted, or assigned or otherwise disposed of, either in whole or in part, except with the prior written consent of COG and/or members. COG and/or members have the right to withhold such consent for any reason COG and/or members deem appropriate. Survival. The terms, conditions, representations, and all warranties contained in this Contract shall survive the termination or expiration of this Contract. Termination. If the Contractor fails to fulfill its obligations under the Contract properly and on time, or otherwise violates any provision of the Contract, COG and/or members may terminate the Contract by written notice to the Contractor. The notice shall specify the acts or omissions relied upon as cause for termination. All finished or unfinished work provided by the Contractor shall, at COG s and/or members option, become COG's and/or member s property. COG and/or members shall pay the Contractor fair and equitable compensation for satisfactory performance prior to receipt of notice of termination, less the amount of damages caused by the Contractor's breach. If the damages are more than the compensation payable to the Contractor, the Contractor will remain liable after termination and COG and/or members can affirmatively collect damages. Termination of Contract for Convenience. The performance of work under this Contract may be terminated by COG and/or members, in whole or in part, upon written notice to the Contractor, when COG and/or members determines such termination is in the best interest of COG and/or members. The termination for convenience is effective on the date specified in COG's and/or members written notice. COG and/or members will pay for all reasonable costs allocable to the Contract for work or costs incurred by the Contractor up to the date of termination. However, the Contractor shall not be reimbursed for any anticipatory profits that have not been earned up to the date of termination. 12
11 Termination of Multi-Year Contract. If COG and/or members fail to appropriate funds or if funds are not otherwise made available for continued performance for any fiscal period of this Contract succeeding the first fiscal period, this Contract shall be cancelled automatically as of the beginning of the fiscal year for which funds were not appropriated or otherwise made available; provided, however, that this will not affect either COG's and/or members rights or the Contractor's rights under any termination clause in this Contract. The effect of termination of the Contract hereunder will be to discharge both the Contractor and COG and/or members from future performance of the Contract, but not from their rights and obligations existing at the time of termination. The Contractor shall be reimbursed for the reasonable value of any non-recurring costs incurred but not amortized in the price of the Contract. COG and/or members shall notify the Contractor as soon as it has knowledge that funds may not be available for the continuation of this Contract for each succeeding fiscal period beyond the first. Time is of the essence. Time is of the essence in Contractor s performance of each and every obligation and duty under this Contract. Whole Contract. This Contract constitutes the complete and exclusive statement of the Contract between the parties relevant to the purpose described herein and supersedes all prior agreements or proposals, oral or written, and all other communication between the parties relating to the subject matter of this Contract. (Revised 8/22/2017) 13
12 Bidder s EXPERIENCE/REFERENCES Name of Bidder Attachment B REFERENCES are to be provided from three (3) other clients who are being or have been provided by the Bidder similar products, services and scope of work. Complete contact information for each reference, including name, telephone number, mailing address and address, must be included with the Bid. A Bidder, which, in the sole judgment of COG, lacks sufficient specific experience, may be deemed non-responsible, and may not be considered for award of subsequent contract(s) 1) Firm Name Contact Name Mail Address Telephone Number Address ) Firm Name Contact Name Mail Address Telephone Number Address ) Firm Name Contact Name Mail Address Telephone Number Address 14
INVITATION TO BID NO Buyer: Alieu Turay COMMUTER CONNECTIONS DIRECT MAILER. Offerors shall submit one (1) electronic copy of their bid to:
INVITATION TO BID NO. 19-003 Buyer: Alieu Turay Offerors shall submit one (1) electronic copy of their bid to: aturay@mwcog.org c/o Alieu Turay Contracts and Purchasing Specialist II Metropolitan Washington
More informationREQUEST FOR INFORMATION NO HEALTH & WELLNESS SERVICES. Cooperative Purchasing Program c/o Rick D. Konrad
REQUEST FOR INFORMATION NO. 18-009 HEALTH & WELLNESS SERVICES Cooperative Purchasing Program c/o Rick D. Konrad Offerors shall submit one (1) electronic copy to Email: purchasing@mwcog.org Contracts and
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Airport Traffic Control Tower Shades Airport VENDOR: NAME: ADDRESS:
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Fire Extinguisher Replacement Recreation Parks & Tourism VENDOR:
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Crushed Aggregate Products Public Works Roads Division VENDOR: NAME:
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: Taster Wine Glasses for Autumn Wine Festival DEPARTMENT: Recreation Parks &
More informationREQUEST FOR PROPOSAL (RFP) NO MWCOG Regional Forum Venue. Submission Due Date: Tuesday, February 26, 2019.
REQUEST FOR PROPOSAL (RFP) NO. 19-010 MWCOG Regional Forum Venue Submission Due Date: Tuesday, February 26, 2019 Time: 3:00 PM EST Proposers shall submit proposals at the following location: https://mwcog.net/main/sollist.php?g=002&l=u&a=mwcog
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Purchase of Recycling Materials, August to September Solid Waste
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: Timber Harvesting at Solid Waste DEPARTMENT: Department of Public Works Solid
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Printing And Mailing Services: Real Estate Bills Finance VENDOR:
More informationREQUEST FOR EXPESSIONS OF INTEREST VENDOR: SUBMISSION OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 REQUEST FOR EXPESSIONS OF INTEREST PROJECT: DEPARTMENT: Poplar Hill Treatment Facility Wicomico County Health
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: Tents, Tables & Chairs for: Delmarva Bike Week, Good Beer Festival, Autumn Wine
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: Aircraft Rescue and Firefighting Live-Fire Training DEPARTMENT: Salisbury-Ocean
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Civic Center Lobby Lighting Parks, Recreation, and Tourism VENDOR:
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Tents, Lights, Tables & Chairs for Four Events Recreation Parks
More informationINVITATION FOR BID (IFB) NO BOTTLED WATER. Submission Deadline: Thursday, January 17, Time: 3:00 PM EST
INVITATION FOR BID (IFB) NO. 19-005 BOTTLED WATER Submission Deadline: Thursday, January 17, 2019 Time: 3:00 PM EST Bidders shall submit one (1) sealed hard copy and one (1) USB or CD electronic copy of
More information(X) INVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room 205 Salisbury, Maryland 21801 (X) INVITATION FOR BID PROJECT: DEPARTMENT: Uniforms Public Works Roads / Solid Waste VENDOR: NAME: ADDRESS:
More informationCITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS
CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE
More informationIndependent Contractor Agreement Form
Independent Contractor Agreement Form AGREEMENT is made this on (date), by and between Central Piedmont Community College/CPCC (Herein after referred to as CPCC) and (Herein after referred to as Contractor
More informationNORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS
NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the
More informationCONTRACT FOR SERVICES RECITALS
CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor
More informationINVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS
INVITATION FOR BID B0003792 Purchasing Department 3221 McKelvey Road Bridgeton, MO 63044 SPECIFICATIONS FOR WINDOW TREATMENTS FOR ADDITIONAL INFORMATION, CONTACT: Cynthia Green, Assistant Controller Phone:
More informationINVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap
INVITATION FOR BID B0003736 Purchasing Department 3221 McKelvey Rd Bridgeton, MO 63044 SPECIFICATIONS FOR Trailer Graphic Wrap FOR ADDITIONAL INFORMATION, CONTACT: KeJuan Torrence, Buyer Phone: (314) 539
More informationWATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA
General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the
More informationVendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:
Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously
More informationContract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:
A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or
More information(X) INVITATION FOR BID VENDOR; BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room 205 Salisbury, Maryland 21801 (X) INVITATION FOR BID PROJECT: DEPARTMENT: Installation of Rooftop Equipment Anchors Emergency Services
More informationFATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006
FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively
More informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More informationNORTH CAROLINA CENTRAL UNIVERSITY
NORTH CAROLINA CENTRAL UNIVERSITY PROFESSIONAL SERVICES AGREEMENT Between North Carolina Central University 1801 Fayetteville Street Durham, North Carolina 27707 And THIS AGREEMENT made and entered into
More informationINTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS
INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: School Bus Service For 2016 s Recreation Parks & Tourism VENDOR:
More informationPROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES
PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,
More informationST. LOUIS COMMUNITY COLLEGE E-BID FORM
ST. LOUIS COMMUNITY COLLEGE E-BID FORM General Requirements St. Louis Community College (the College ) requires that all bids be received in the College s Purchasing Department by emailing to cgreen2@stlcc.edu
More informationDESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions
DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled
More informationNORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015
NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 1. ORDER APPLICABILITY AND ACCEPTANCE. (A) This purchase order is an offer by Micromedics (dba Nordson MEDICAL ) for the
More informationAGREEMENT FOR PROFESSIONAL SERVICES OA4 (Miscellaneous Services) WITNESSETH
Project Title: UW Bothell Phase 4 Predesign Project No: 205294 Requisition No: AGREEMENT FOR PROFESSIONAL SERVICES OA4 (Miscellaneous Services) THIS AGREEMENT (Agreement) is made and entered into by and
More information(X) INVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room 205 Salisbury, Maryland 21801 (X) INVITATION FOR BID CONTRACT NO. 1-E-14 (CE 13-14) PROJECT: Vehicle GPS Tracking and Management System
More informationPurchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS
Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase
More informationTransurban Standard Terms and Conditions
Transurban Standard Terms and Conditions 1. General. 1.1 In the absence of an existing written contract between the parties in effect as of the Purchase Order date for the particular goods or services
More informationGeneral Purchase Order Terms and Conditions (Pro-buyer)
1. Applicability. General Purchase Order Terms and Conditions (Pro-buyer) (a) This purchase order is an offer by GT Exhaust, Inc. (the "Buyer") for the purchase of the goods specified on the face of this
More informationPurchase Order Terms and Conditions
Purchase Order Terms and Conditions 1. These terms and conditions together with the terms and conditions on the face of the Purchase Order, and any specifications, drawings, instructions or other written
More informationUnion College Schenectady, NY General Purchasing Terms & Conditions
Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase
More informationCooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013
1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer
More informationa. Article(s) Goods and/or services described on the face of the Purchase Order
TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance
More informationAppendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services
Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services
More informationCOUNTY OF COLE JEFFERSON CITY, MISSOURI
COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION
More informationIn every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:
The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation
More informationREQUEST FOR PROPOSAL # HEALTH AND WELLNESS PROGRAM SERVICES. Offerors shall submit one (1) electronic copy to
REQUEST FOR PROPOSAL #18-011 HEALTH AND WELLNESS PROGRAM SERVICES Offerors shall submit one (1) electronic copy to Email: purchasing@mwcog.org Cooperative Purchasing Program Attn: Jayme Hardy Cooperative
More informationCONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT
THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY
More informationTERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020
TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 Issue Date: January 24, 2018 Title: Healthy Communities Action Teams to Prevention Childhood Obesity Issuing Agency: Virginia Foundation
More informationVALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS
VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State
More informationSUU Contract for Workshops and Entertainment
SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,
More informationWESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT
WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,
More informationACA UNIFORM TERMS AND CONDITIONS
ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are
More informationFor the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates
PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order
More informationRequest for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN
Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities
More informationTHIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014
RETURN BID TO: THE UNIVERSITY OF MARYLAND BALTIMORE COUNTY DEPARTMENT OF PROCUREMENT 1000 HILLTOP CIRCLE, RM 301, ADMIN. BLDG. BALTIMORE, MD 21250 REQUEST TO BID No. BC-20909-R Mallela Ralliford: 410-455-2071
More informationCITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT
CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of
More informationCOWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER
REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under
More informationCITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.
CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:
More informationTRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT
TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher
More informationINDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with
More informationINTRODUCTION TERMS AND CONDITIONS
MASTER AGREEMENT FOR PROFESSIONAL SERVICES (AIA) (Unlimited) THIS AGREEMENT FOR PROFESSIONAL SERVICES shall become effective DATE, 2016, between the City of Meridian, a municipal corporation organized
More information7/14/16. Hendry County Purchase Order Terms and Conditions
Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen
More informationPAN OSTON PURCHASE ORDER TERMS & CONDITIONS
PAN OSTON PURCHASE ORDER TERMS & CONDITIONS 1. ACKNOWLEDGMENT AND ACCEPTANCE OF ORDER. This Order constitutes an offer that is expressly limited to the Terms and Conditions contained herein. The Terms
More informationPURCHASE ORDER TERMS & CONDITIONS. Order Acceptance
PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any
More informationG&D NORTH AMERICA, INC. 1. TERMS & CONDITIONS OF SALE
G&D NORTH AMERICA, INC. 1. TERMS & CONDITIONS OF SALE 2. General. These terms and conditions (the Terms ), together with those contained in any proposal or quotation (a Proposal ) of G&D North America,
More informationRequest for Quotation Q. SVC Cardio and Strength Equipment
Request for Quotation 741-16Q SVC Cardio and Strength Equipment Due: 01/05/16 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood Springs, CO 81601
More informationSAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES
SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes
More informationProfessional and Technical Services Contract State of Minnesota
Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate
More informationCITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940
CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)
More informationCONTRACT: 7005B00 SUBJECT: COPIER RENTAL. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA
CONTRACT: 7005B00 SUBJECT: COPIER RENTAL Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA 22192-9201 703-792-6770 METRO 631-1703 EXT 6770 and the Contractor: TML COPIERS
More informationSUBCONTRACTOR AGREEMENT
SUBCONTRACTOR AGREEMENT This Subcontractor Agreement (herein referred to as "Agreement"), made this day of _, 20 between Bianchi Construction LLC, ("Contractor"), and ("Subcontractor"). Terms: The basic
More informationMPS TERMS AND CONDITIONS FOR BIDS
MPS TERMS AND CONDITIONS FOR BIDS Scope These terms and conditions shall apply to any and all award(s) resulting from a formal bid, except as follows: In the event of a conflict between these terms and
More informationREQUEST FOR PROPOSAL VENDOR: RFP OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 REQUEST FOR PROPOSAL PROJECT Professional Architectural & Engineering Services For Historic Courthouse DEPARTMENT:
More informationFRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES
FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests
More informationPROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN
PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.
More informationFontaine Commercial Trailer. Terms and Conditions of Purchase Guide
Guide TERMS AND CONDITIONS OF PURCHASE 1. Acceptance; Agreement. These Terms and Conditions supersede all other terms and conditions, oral or written, and all other communications between the parties suggesting
More informationFIXTURING/INSTALLATION AGREEMENT
Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate
More informationCity of Loveland, Ohio
City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information
More informationCity of Malibu Request for Proposals for Actuarial Analysis and Report on Other Post-Employment Benefits (OPEB)
Request for Proposals for Actuarial Analysis and Report on Other Post-Employment Benefits (OPEB) INTRODUCTION The is seeking proposals from qualified professional service firms to perform an actuarial
More informationCITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit
CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will
More informationGEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement
GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement George Mason University ( University ) and ( Performer ), in consideration of the mutual promises and conditions found in this
More informationPROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND
PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,
More informationMANDATORY GENERAL TERMS AND CONDITIONS:
MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and
More informationPURCHASE ORDER ACKNOWLEDGEMENT
PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette
More informationMold Remediation and Clean Up of Central High School
GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone
More informationATTACHMENT I - TELEDYNE BROWN
Sheet 1 of 5 ATTACHMENT I - TELEDYNE BROWN ENGINEERING, INC. TERMS AND CONDITIONS - COMMERCIAL PROCUREMENTS FEBRUARY 2011 GENERAL Acknowledgment, shipment, or performance of any part of this purchase order
More informationTERMS AND CONDITIONS OF PURCHASE
TERMS AND CONDITIONS OF PURCHASE 1. GENERAL: For purposes of these Terms and Conditions of Purchase, the term Talbots shall mean The Talbots, Inc. The term Order shall mean, collectively: (i) a written
More informationAttachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company
Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company Relationships of the Parties Independent Contractor: The Food Service Management Company is and shall be deemed to be
More informationON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]
ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg
More informationcontract STANDARD PROVISIONS - COMMERCIAL PRODUCTION CONTRACT
contract STANDARD PROVISIONS - COMMERCIAL PRODUCTION CONTRACT 1. Ownership All right, title and interest in and to the commercials and/or advertisements, all negatives, prints, soundtracks and other elements
More informationINVITATION FOR BID VENDOR: BID OPENING:
Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Portable Toilet Services Various Parks Recreation, Parks and Tourism
More informationWelcome to the Model Residential Owner/Design Consultant Professional Service Agreement
Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement The Council for the Construction Law Section of the Washington State Bar Association prepared this Model Residential
More informationCITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES
CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals
More informationPROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:
PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,
More informationREQUEST FOR PROPOSALS TELEPHONE SYSTEM
REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:
More informationMEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).
MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement
More informationCHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign
More information